request for proposal - acdi/voca · the ebola virus disease ... which was a multi-year development...

25
REQUEST FOR PROPOSAL Final Program Performance Evaluation EFSP-17-0041-00 Under Sierra Leone Emergency Food Security Program (EFSP) Funded By USAID AID-FFP-G-15-00050 RFP Release Date: August 10, 2017 Performance Period: August 29 November 15, 2017 Proposal Submission Deadline: August 28, 2017 Question/ Inquiry Submission Deadline: August 18, 2017

Upload: dangquynh

Post on 21-Apr-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

REQUEST FOR PROPOSAL

Final Program Performance Evaluation

EFSP-17-0041-00

Under

Sierra Leone Emergency Food Security Program (EFSP)

Funded By

USAID

AID-FFP-G-15-00050

RFP Release Date: August 10, 2017

Performance Period: August 29 – November 15, 2017

Proposal Submission Deadline: August 28, 2017

Question/ Inquiry Submission Deadline: August 18, 2017

CONTENTS

I. Introduction ......................................................................................................................................................... 1

A. Company Background ...................................................................................................................................... 1

B. Program Background ....................................................................................................................................... 1

II. Purpose ................................................................................................................................................................ 1

A. Scope of Work .................................................................................................................................................. 2

B. Deliverables ..................................................................................................................................................... 7

III. CONTRACT MECHANISM & TERMS OF PAYMENT ................................................................................................ 8

IV. PROPOSAL PREPARATION AND SUBMISSION REQUIREMENTS ........................................................................... 9

A. Instructions for Proposal Preparation ............................................................................................................. 9

B. Instructions for Submission of Proposal ........................................................................................................ 10

V. CRITERIA FOR EVALUATION ............................................................................................................................... 11

VI. SOLICITATION PROCESS...................................................................................................................................... 11

VII. TERMS AND CONDITIONS .................................................................................................................................. 12

A. Late Submissions ............................................................................................................................................ 12

B. Modification of RFP Requirements ................................................................................................................ 12

C. Withdrawals of Proposals .............................................................................................................................. 12

D. Right of Negotiation and Acceptance of Proposal ......................................................................................... 12

E. Validity of Proposal ........................................................................................................................................ 12

F. Minimum Offeror Qualifications .................................................................................................................... 12

G. Intellectual Property Rights ........................................................................................................................... 13

VIII. ATTACHMENTS ................................................................................................................................................... 13

Appendix A. Purchase Order General Terms and Conditions ............................................................................. 14

Appendix B. Sample Budget Format ................................................................................................................... 19

Appendix C. Technical Proposal Submission Sheet ............................................................................................ 20

Appendix D: Maps of Cluster Payment Sites for Phase 1 and Phase 2 ............................................................... 21

Appendix E: Focus Group Interview Questions .................................................................................................. 22

Appendix F: Beneficiary Household EVD Impact Criteria ................................................................................... 23

1

I. INTRODUCTION

A. COMPANY BACKGROUND

Based in Washington, D.C., ACDI/VOCA is a nonprofit international development organization that delivers technical and

management assistance in agribusiness, financial services, enterprise development, community development and food security

in order to promote broad-based economic growth and vibrant civil society. For more information, go to www.acdivoca.org.

B. PROGRAM BACKGROUND

The Ebola Virus Disease (EVD) in West Africa began in Guinea in February 2014 and quickly spread to neighboring countries

Liberia and Sierra Leone. Once the disease had entered Sierra Leone the lack of basic infrastructure including facilities, logistics,

and communications resulted in a rapid spread of the virus to every district in the country.

In response to the sudden and rapid spread of the disease, the Government of Sierra Leone declared a State of Emergency in

July 2014, and restrictions on all types of public gatherings and the closure of schools and markets were codified into law.

During this emergency period, the movement of people was restricted, households and villages were quarantined, farmers were

unable to attend to their farms, and small business owners were unable to conduct their business as usual or resupply their

stocks of goods.

Due to their inability to pursue their normal livelihood activities during the state of emergency, many households lost their basic

livelihood resources during the EVD emergency and were unable to recover and stabilize themselves to pre-Ebola levels once

the State of Emergency was lifted. As evidence, in September 2015 a joint WFP FAO Comprehensive Food Security &

Vulnerability Analysis reported that 54.2% of rural households reported less income than previous years.

Following the EVD emergency, other important socio-economic factors, such as healthcare systems and local markets, also

faced slow progress toward recovery. By the time Sierra Leone was declared Ebola free by the World Health Organization on

November 7, 2015, the country had experienced 14,601 cases of EVD resulting in 3,955 fatalities.

To address these economic and social impacts of Ebola in Sierra Leone, USAID/FFP awarded funding for ACDI/VOCA’s the

Sustainable Nutrition and Agriculture Promotion Plus (SNAP+) program in April 2015. Designed as an Ebola response and

recovery program, a key component of the program was direct unconditional cash transfers to EVD affected households. The

SNAP+ program also included activities designed to complement ACDI/VOCA’s pre-existing Title II Sustainable Nutrition and

Agriculture Promotion (SNAP) which was a multi-year development project implemented from 2010-2016.

II. PURPOSE

The purpose of this performance evaluation is to provide answers to a specific set of research questions developed to

investigate the extent to which direct cash transfers to households was an efficient, effective mechanism for enabling them to

restore food security, and their livelihoods, following the sudden and widespread epidemic of Ebola Virus Disease (EVD) in Sierra

Leone.

The evaluation findings will contribute to the body of knowledge concerning the use of direct cash transfers rather than

food/commodity distribution as a recovery strategy following these types of extreme health emergencies that have widespread

impacts on local and national economic and social structures.

It is expected that focus group and key informant interviews will be the primary data collection methodologies used by the

performance evaluation team, but quantitative data, related to program impact indicators, collected externally and made

available to evaluators as well as the supplemental final endline survey of Phase I beneficiaries mentioned earlier and collected

by the evaluator(s) will be used to triangulate and/or expand upon the evaluation team findings.

2

A. SCOPE OF WORK

ACDI/VOCA is seeking expressions of interest from external evaluator(s) to design and carry out a final end–of-project

summative performance evaluation for the Emergency Food Security Program (EFSP) implemented for post-Ebola recovery in

Sierra Leone between April 10, 2015 and December 31, 2017. The successful bidder will conduct a final evaluation of

ACDI/VOCA’s SNAP Plus project in Sierra Leone that consists of two components to determine to what extent the program,

particularly cash transfers, contributed to recovery of household food security and fostered resilience against future shocks

from similar emergencies that impact social and economic development.

The EFSP program was implemented in two phases. Phase 1 implemented between April, 2015 – December, 2016 addressed

immediate impacts on household food security due to disruptions in agricultural production, access to markets and livelihoods

activities due to the Ebola emergency. Phase 2 implemented between January – December, 2017 is placing additional emphasis

on post EVD recovery. Field work will be completed by the end of October, 2017.

The final evaluation planned consists of:

Component One will be a review of the quantitative end-line survey consisting of a representational sample of households

receiving cash transfers taken at the last cash disbursements (October, 2016 for Phase I and September, 2017 for Phase II). The

surveys are conducted by an independent firm in Sierra Leone and data will be available. This end-line data measures change

against the two primary impact indicators under the EFSP Program, household dietary diversity score (HDDS) and the household

hunger score. In addition, the evaluator(s) will undertake a supplemental final endline of Phase I beneficiaries that will measure

the impact of the program one year after their final cash distribution.

Component Two will be a qualitative evaluation that will answer key research questions on the effectiveness and efficiency of

the program to address household food security in an emergency context. A series of focus groups and key informant

interviews will be conducted to gather information on respondents’ attitudes and practices related to the use of cash to address

recovery of household food security and livelihoods post-Ebola. Respondents will be sampled from beneficiaries in the EFSP

Program intervention area, as well as key stakeholders from National, District and local government authorities.

The final evaluation will be conducted during the period October 14-October 27, 2017 with preparatory work starting upon

award. Bidders should respond with a proposal that includes responses to both Component One and Component Two. These

should include the review and incorporation of previously collected data presented in the Phase I and Phase II endline surveys

and supplemental Phase I beneficiary data collected by the evaluator(s) during their field work and the final qualitative

performance evaluation.

1. TWO PHASE IMPLEMENTATION

Phase 1 of SNAP+ activities (June 2015 through December 2016) were implemented in Bombali, Tonkolili, and Kailahun Districts.

Phase 1 interventions targeted Ebola impacted households with unconditional cash transfers and, additionally, provided support

to the on-going SNAP program’s development activities that included:

• Restore agricultural productivity of Commercial Farming Groups

• Village Savings & Loan Associations Recovery Grants

• Value Chain Agribusinesses Recovery Grants

• Nutrition Support to Children Aged 6-59 Months at Risk of Malnutrition

Phase 2 (January through December 2017) was developed to address recovery needs of communities that were not covered

during Phase 1 in Bombali and Tonkolili Districts. Phase 2 provided households with unconditional cash transfers and,

additionally, included beneficiary-based training activities related to:

• Maternal and child nutrition, household nutrition, and Water, Sanitation and Hygiene (WASH)

• Household Economic and Financial Planning

3

• Access to Village Savings & Loan Associations

After ACDI/VOCA’s much larger development program, SNAP, came to an end in December 2016, the continuation of SNAP+

Ebola recovery activities were rebranded as the Emergency Food Security Program (EFSP) to avoid confusion.

PROGRAM OVERVIEW TABLE

Phase 1 Phase 2

Program Title Sustainable Nutrition and Agriculture

Promotion Plus (SNAP+)

Sustainable Nutrition and Agriculture

Promotion Plus (SNAP+) – rebranded as EFSP

during implementation

Implementer ACDI/VOCA as prime and International

Medical Corps (IMC) as subrecipient ACDI/VOCA as prime

Regions in Sierra Leone Kailahun, Bombali, Tonkolili, and

Koinadugu Bombali, and Tonkolili

Total Funding Level

Requested $9,000,000 $4,740,816

Start and End of Award April 14, 2015 – December 31, 2016 January 1, 2017 – December 31, 2017

Resources Requested by

Interventions(s) in USD

Cash Transfer $6,756,998;

Local Procurement $1,190,778;

Food Distribution $1,052,223

Cash Transfer $4,740,816

Number of Beneficiaries

(per intervention)

Cash Transfer 75,420;

Local Procurement 32,052;

Voucher 19,875

Cash Transfer 48,800

2. PROGRAM OBJECTIVE AND INTERMEDIATE RESULTS

Program Objective: To support vulnerable households to recover from the social and economic shocks as a result of the Ebola

Viral Disease emergency.

IR1: Objective 1: Increase agricultural production at the community level to support early recovery through the increased

availability of food and stable prices resulting in increased access to food in local markets (Phase 1 only)

IR2: Objective 2: Reduce negative coping strategies by ensuring vulnerable households can access food available in local

markets as well as strengthen nutrition of children at risk of malnutrition through complimentary foods from remaining Title II

Food Aid Commodities and locally available produce/supplements (Phase 1 and Phase 2)

IR4: Objective 3: Strengthen Local Markets/Enterprises Through Increasing Production and Therefore Increase the Availability of

Food In Low Surplus Areas (Phase 1 and Phase 2)

3. GEOGRAPHIC COVERAGE

Phase 1 was implemented in 65 sections1 within of 14 Chiefdoms in Kailahun (5), Bombali (5) and Tonkolili (4) Districts.

Phase 2 was implemented in 26 sections of 6 Chiefdoms within Bombali (3) and Tonkolili (3) Districts and targeted sections that

were not covered during Phase 1.

1 Sections are political sub-divisions of Chiefdoms, which are, in turn, political sub-divisions of Districts.

4

A map showing the beneficiary count per District is shown below. Communities and beneficiaries served during each Phase of

program implementation are unique, and there is no overlap in the beneficiary count for Phase 1 and Phase 2 shown in the

graphic below. Detailed maps are shown in Appendix D.

4. BENEFICIARY HOUSEHOLD SELECTION PROCESS

The targeting approach assumed that although the number of people directly impacted by EVD, in relation to the size of the

population, was relatively small, the indirect impacts of EVD affected the larger population because of lost labor opportunities, a

ban on group gatherings, fear of infection, quarantines, border closures, and restrictions on movement limiting access to health

and market outlets. These impacts had direct implications on economic, health, and livelihood outcomes for households.

During Phase 1, the beneficiary selection process relied on a community identification process using the National Committee for

Social Action’s (NaCSA) Light Proxy Means Test (LPMT) to identify vulnerable households. This survey ranks household poverty

through a series of question responses, and was administered through an open community forum that allowed on-the-spot

information verification and household selection. Households pre-selected by locally formed community identification

committees (CICs) were surveyed using the LPMT questionnaire and those with highest LPMTs were selected for the program. A

sample of those households was later verified for response accuracy though a follow-up survey conducted by ACDI/VOCA.

During Phase 1, a total of 13,552 beneficiary households were identified for program enrollment.

During Phase 2, the NaCSA LPMT poverty identification survey was augmented with a set of questions developed by ACDI/VOCA

to more clearly identify households that were impacted by EVD, rather than simply identifying households based on their

poverty level.

Because of this revised beneficiary selection criteria, the households that were enrolled in Phase 2 had a clearly demonstrable

potential for post-EVD economic recovery. During Phase 2, a total of 8,788 households were identified for program enrollment.

In Phase 2, initial candidates for beneficiary household selection were nominated by communities based on a set of EVD impact

criteria provided by ACDI/VOCA. These criteria are shown in Appendix F. Communities were held accountable for the accurate

5

pre-identification of potential beneficiaries under the criteria provided. Like Phase I, households submitted to the revised survey

tool and selected based on high score evidencing EVD impact.

The 13,552 beneficiaries in Phase 1 and the 8,788 beneficiaries in Phase 2 are completely independent. There is no overlap

among Phase 1 and Phase 2 beneficiaries.

5. QUESTIONS THAT MUST BE ANSWERED AND HOW THEY MUST BE ANSWERED

By the time the final evaluation field work begins, it will have been more than 12 months since Phase 1 beneficiaries received

their final cash transfer payment (July 2016), and approximately 30 days since Phase 2 beneficiaries received their final payment

(Sept/Oct 2017), requiring that the two groups be treated as separate populations to ensure that each is represented

adequately in the field research. As stated above, there is no overlap among beneficiaries in the two populations, although

there might be overlap among higher level key informants such as local authorities or government officials. Relative sample

sizes should reflect the two groups and incorporate collection of the household dietary diversity score and household hunger

score from Phase 1 participant households. Data was collected at the end of Phase 1 and Phase 2 during the final cash transfer

providing a consistent endline point for Phase 1 and Phase 2. Final endline data will be collected by the evaluator(s) for Phase 1

beneficiaries as part of this evaluation to determine their status one year following their final cash transfer receipt.

QUESTION 1: To what extent did households that participated in the EFSP achieve food security and improved resilience as

measured by these quantitative variables:

• The household hunger scale

• Household dietary diversity score

• Reduced coping strategies index (measured using a harmonized tool shared between other USAID funded FFP Ebola

recovery programs & using this indicator)

• Meal frequency (standard USAID indicator protocol)

• Expenditure on food and non-food (measured using a harmonized tool shared between other USAID funded FFP Ebola

recovery programs & using this indicator)

In addition to an analysis of the quantitative data, the evaluator will be expected to address the extent to which beneficiary

participation in the following activities contributed to improving the ability of households to mitigate, adapt, and recover from

the economic impacts of the Ebola emergency:

• Cash transfers (Phase 1 & 2)

• VSLA membership (Phase 1 & 2)

• Income-generating activities started or supported by cash transfers (Phase 1 & 2)

• Received nutrition training (Phase 1 & 2)

• Received household financial management training (Phase 2)

• Post-harvest management training (Phase 1)

• Agriculture support (inputs, training, conditional ag. cash grants) (Phase 1)

Overall, this inquiry will take the form of:

• Quantitative analysis of HDDS and HHS disaggregated by participant/non-participant in the activity categories listed

above

• Focus group interviews targeting the participants in the activities listed above with the questions exemplified in

Appendix E.

6

HOW THIS WILL BE MEASURED:

Data for the two outcome indicators: HH Dietary Diversity Score and Household Hunger Scale will be collected during a program

endline survey of beneficiary households. This data will be collected by an independent contractor prior to the evaluator(s)

arrival and made available for analysis. To measure longer term impact of the program, the evaluator(s) will administer the

same endline survey questionnaire to a representative sample of Phase I program beneficiaries who received their last transfer

one year ago.

Sample selection for the final endline survey will use a two-stage cluster sampling methodology that incorporates probability

proportional to size (PPS) for cluster selection, and then simple random selection among the households within each selected

cluster to identify households for the survey interviews. Evaluators should be aware of and provide for translators to

accommodate the most-likely language(s) spoken in the cluster samples selected.

Cash transfer payment sites will be used as the sampling frame for PPS cluster selection (Stage 1), and the lists of households

receiving cash at PPS selected payment sites will be used for random selection of households to be interviewed (Stage 2). In

SNAP+ Phase 1, there were 68 payment sites; in EFSP Phase 2, there were 33 payment sites. In developing their logistics plan,

evaluators should take into consideration driving distances between Districts, Chiefdoms, payment sites and communities

where respondents are located. ACDI/VOCA can assist with this information once the PPS frame is developed.

The survey questionnaire wording for HDDS and HHS, and the method for initial data analysis, will follow the prescribed wording

and data analysis methodology described in USAID/FFP guidance documents.2

As part of the performance evaluation, a more in-depth analysis of HDDS and HHS data will be conducted to include:

• Comparison of HDDS and HHS endline data with baseline data reported by beneficiaries at endline survey conducted at

final payment.

• Comparison of HDDS and HHS for households reporting VSLA membership and those who are not VSLA members

• Comparison of HDDS and HHS for households reporting to have started or strengthened an Income Generating Activity

(IGA) using Cash Transfer income and those reporting that they do not have an IGA

• Comparison of HDDS and HHS for households reporting to have used program nutrition messages to make dietary

decisions and those who reported that they did not consider program nutrition messages for HH dietary decisions

• Comparison HDDS and HHS for households reporting to have used SNAP+ economic and financial management

messages to make household spending decisions and those who reported that they did not consider program economic

and financial management messages for HH spending decisions

QUESTION 2: To what extent were the systems, processes, and procedures used by the program for delivering cash transfers

and non-cash assistance to participants effective, efficient, and sustainable during the period of program implementation?

In answering this question, the evaluator should address the following:

• Accountability, timeliness, and cost of delivering the cash and non-cash assistance to participating households – KEY

INFORMANT INTERVIEWS (KIIs) and FOCUS GROUP

• Assess the participants’ perception about the cash transfer and non-cash delivery processes and procedures – FOCUS

GROUP

• Explore the gender implications of cash transfer and non-cash assistance – 2 FOCUS GROUPS – FEMALES RECEIVING

CASH / MALES IN HOUSEHOLDS RECEIVING CASH

o Decision making

o Gender relations

o Protection

2 “FFP Indicators Handbook, Part I: Indicators for Baseline and Final Evaluation Surveys” April 2015

(www.fsnnetwork.org/sites/default/files/Part%20I_Baseline%20and%20Final%20Evaluation_04.13.2015.pdf)

7

• Highlight key lessons that can be learned from the approaches, processes, and procedures used

HOW THIS WILL BE MEASURED:

From demographic and participation data provided by the program, evaluator(s) will select representative households from

various components of the program particularly households with pregnant/lactating women and households participating in

Village Savings and Loan Associations resulting in a representational sample of beneficiary households participating at varying

degrees in the program. The qualitative review will focus on gathering relevant qualitative data that will facilitate a deeper

understanding of processes and approaches, perceptions, and behaviors and other factors that have contributed to

achievement and/or non-achievement of objectives. Focus group discussions and the key informant interviews include major

stake holders, partners, and beneficiaries. For gender sensitivity, the evaluation will ensure that there are some gender

disaggregated interviews, focus groups, and meetings.

QUESTION 3: To what extent did the collaboration and coordination with public and private sector stakeholders:

• Result in enhanced capacity to deliver cash transfers as a form of social protection to vulnerable households and - KII

• Contribute to effective delivery of cash transfers during the emergency and recovery phases - KII

• Contribute to systems strengthening of social safety net programming among the various public-private stakeholders at

the national and local levels KII AND FOCUS GROUP

• Provide a platform for shared learning in cash transfer programming at the national and regional levels KII

In answering this question, the evaluator should address the following:

• Compliance with national standards and policies on social safety nets

o Alignment with government policies and national social protection strategy?

o Participation and contribution to the President’s Priorities on Social Protection?

• Connectedness and coherence with other actors such as NGOs, donors, UN organizations (e.g. WFP, FAO, UNDP),

multilateral agencies, Government agencies (e.g. NACSA, Ministry of Social Welfare), etc.

HOW THIS WILL BE MEASURED:

Key informant interviews will be used to determine the level of collaboration and coordination achieved and how this impacted

on program effectiveness and efficiency. It is anticipated that interviews will include representatives of the Government at

National, District, Chiefdom and local authorities at community level. In addition, KIIs should be focused at the National

Commission for Social Action (NaCSA) and World Bank relative to social safety-net programs in Sierra Leone. Finally, as a key

coordination body, members of the cash transfer working group should also be included.

B. DELIVERABLES

The full process of final evaluation will commence on upon award with development of the tools and the work plan for the final

evaluation. The evaluator(s) firm will prepare: 1) an evaluation work plan (including evaluation methods and tools etc.); and 2)

an evaluation report in accordance with standards identified in the award document. Below are the main deliverables of the

final evaluation:

1) An inception report (prior to any field work) including a detailed evaluation methodology, evaluation question matrix,

proposed data collection tools and analysis approach, and evaluation work plan (with corresponding timeline). The

evaluation plan will include the methodology and tools and the logistics, staffing, and field work plans.

2) A presentation of initial findings to the Sierra Leone staff (using PowerPoint) for discussion and feedback prior to

development of the draft report. The evaluation will also be prepared to present to the host government, USAID / FFP

and/or others as requested by ACDI/VOCA prior to leaving Sierra Leone.

3) Evaluation first draft report to ACDI/VOCA for internal review

4) Evaluation final draft report due to ACDI/VOCA

5) Submission of database and datasets in compliance with USAID Food for Peace emergency project requirements

8

1. TIMEFRAME

The final evaluation will be commenced in September 2017 and the first draft of the evaluation report should be made available

by October 15, 2017. Upon returning to Freetown, the evaluator will prepare a presentation of preliminary findings to be

presented to the project’s senior management team and selected project partners before departing the country. Summary of

schedule for evaluation process is described in the table below.

TIMETABLE FOR QUALITATIVE PERFORMANCE EVALUATION

Date Performance Evaluation Activities/Tasks

August 10 The bid process is aired on websites and in newspapers

August 28 Review of evaluator(s) responses and selection

September 1 Selected evaluator(s) agreement process finalized

Consulting firm will begin the work and reviewing all project documents and reports (literature

review)

September 5 Submission of inception report which includes survey work plan, data collection tools/ questionnaire,

field manuals, sampling determination and logistics etc.

September 9 Review of Inception report by ACDI/VOCA. Feedback given to evaluation team.

September 12 Evaluation team incorporated comments and submit final inception report and evaluation tools

September 15 Evaluation team arrives to Sierra Leone. Evaluation team receives quantitative survey data, survey

methodology summary, and initial data summary tables

September 16-18 Discussions with ACDI/VOCA Freetown staff and field preparations

September 20-30 Field work – focus group and key informant interviews

October 2 Presentation(s)/ consultation(s) of preliminary findings with ACDI/VOCA management

October 15 Submission of draft report for internal review

October 19 SNAP provides feedback on draft report, for incorporation

October 25 Submission of the final report to ACDI/VOCA

October 31 USAID provides feedback on draft report, for incorporation

November 15 Submission of Final Evaluation Report

III. CONTRACT MECHANISM & TERMS OF PAYMENT

9

ACDI/VOCA anticipates issuing a fixed price purchase order to an Offeror.

ACDI/VOCA will issue fixed payment(s) based on submission and ACDI/VOCA acceptance of deliverables. Once an award is

issued, it will include a fixed price payment schedule with deliverables specified above. A copy of the purchase order terms and

conditions are attached to this RFP for informational purposes.

If issuing a cost reimbursement or time and materials subcontract, delete the purchase order template and include either the

cost reimbursement or time and materials template as appropriate

IV. PROPOSAL PREPARATION AND SUBMISSION REQUIREMENTS

A. INSTRUCTIONS FOR PROPOSAL PREPARATION

The selection committee will evaluate the Offerors based upon their written technical and cost proposals. Each section will be

evaluated according to the criteria for evaluations in Section V. Offerors are expected to examine the specifications and all

instructions in the RFP. Failure to do so is at the Offeror’s risk. Interested Offerors must provide the following:

1. CAPABILITY AND TECHNICAL EXPERIENCE STATEMENT

Demonstrate capabilities and technical experience by providing the following:

a. Organization Overview: Give a brief, general overview to demonstrate the Offeror’s overall qualifications to fulfill the

requirements of this RFP (1 page).

b. Capabilities Statement: Provide a comprehensive discussion of the Offeror’s capabilities with emphasis on the team

that will be assigned to the work detailing technical area(s) covered and experience (CVs should be included as an

attachment to the technical proposal), Level of resources and support anticipated from head office and any

current/recent experience conducting similar evaluations.

c. Offeror understanding of the SOW: Description expressing understanding of SOW (1 page).

d. Project Approach: Provide a detailed proposal (no more than 5 pages) explaining how the firm intends to achieve the

expectations set forth in section II, including specifications of any data collection equipment required.

e. Partner/Subcontractor: Give a description of any partner organization or subcontractor that you might contract with

and a description of the division of level of effort and responsibility between your organization and the partner or

subcontractor.

f. Samples of the two most recent study reports authored by the firm

2. PROJECT STAFFING

Identify the project staffing and the percentage of the time each will spend on this activity. Include no more than a half-

page biosketch for each individual considered essential for the successful implementation of this contract.

Desired profile of the evaluation team:

a. Prior experience conducting rapid assessments of USAID/FFP food security and cash transfer emergency recovery

programs to evaluate the efficiency and effectiveness of program systems, processes, and procedures.

b. Lead consultant should have at least 8 years’ experience evaluating emergency/development programs with some of

them including cash transfers.

c. Team will include relevant expertise in statistics with analytical skills in evaluations and impact assessment of

humanitarian programs particularly cash-based programs Including competency on the utilization of Statistical

Packages Software such as SPSS or STATA.

d. Experience with the use of focus group and key informant interviews as the primary tools for evaluative research

e. Ability to effectively integrate quantitative data with the results of qualitative research

f. Knowledge of USAID/FFP regulations, evaluation procedures, and evaluation reporting

10

3. COST PROPOSAL

Offerors will submit a proposed budget with their proposals in a separate, sealed envelope (or separate file, if submitting

via email) labeled “Budget Proposal.” The proposed budget will have sufficient detail to allow evaluation of elements of

costs proposed. Budgets should be submitted in the currency in which your organization is located and will be paid; please

label your budget with the name of the currency. ACDI/VOCA reserves the right to request any additional information to

support detailed cost and price.

Offerors will also submit detailed budget notes accompanying their detailed budget. Proposals submitted without budget

notes may not be evaluated.

Budget for the whole consultancy service will be presented in 3 parts. The first part will include the consultant cost (Fees,

per diem for field (hotel, meals & incidentals), transportation (overseas & local), and overhead if any). Second part is for

enumerators cost, which will be provided on a “per enumerator per day.” The third part should present costs for supplies

and logistics (for example, paper, photocopy costs, internet connectivity, equipment for anthropometric measurements,

venue & food cost for any training).

Offerors should utilize the same format of the budget template presented in Appendix B. If the offeror has any questions

regarding the format that should be utilized for the budget, they should contact the indicated individual in section IV.B.2 of

this RFP by email no later than the question/inquiry submission deadline on the cover page of this RFP. Budgets that are

presented with a different format may not be evaluated.

ACDI/VOCA cannot honor exchange rates included in a budget and payments will be made according to the exchange rate

at the time of payment. Offerors should also indicate the inclusion or exclusion of any applicable VAT. In general,

ACDI/VOCA is exempt from VAT payments and will generally not reimburse for VAT. However, if the Offeror has knowledge

of unavoidable duties, fees or taxes, these charges must be included as a separate line item in the cost proposal.

4. REFERENCES

Please include three client references and contact information. References should have worked with your organization

within the past two years in connection with the countries or regions (and if possible, subject matter) applicable to this RFP.

B. INSTRUCTIONS FOR SUBMISSION OF PROPOSAL

1. The technical and price proposals shall be sent via email. Each volume shall be clearly identified with the RFP number and

the Offeror’s name.

All responses to this RFP must be received no later than the submission deadline on the cover page of this RFP. Offerors

must submit proposal electronically to:

ACDI/VOCA

Attention: Linnae Fath

Email: [email protected]

Faxed offers are not acceptable.

2. All inquiries and requests for information regarding this RFP must be submitted by email to the following individuals no

later than the question/inquiry submission deadline on the cover page of this RFP. Reference the RFP number in all

questions/inquiries.

11

Contractual Technical

Name: Linnae Fath Mazen Fawzy

Email: [email protected] [email protected]

3. ACDI/VOCA will not compensate Offerors for their preparation of responses to this RFP.

V. CRITERIA FOR EVALUATION

ACDI/VOCA will evaluate proposals based on a best-value determination; Offerors should submit their most competitive price

proposal. Proposals will be evaluated using the following criteria:

The offeror will be selected based on the evaluation of both technical and financial scores. Evaluation committee members will

review the technical proposal first and then will review the financial proposal of technically eligible firms. The ratio of technical

to financial scoring will be 70:30.

The following are the evaluation criteria for the Offeror’s technical proposal: The technical proposal points will be broken

down as follow:

• Offeror’s previous experience regarding donor, similar work and country (Sierra Leone): 20 pts

• References recommendations: 10 pts

• Appropriateness of sample methodology presented: 15 pts

• Team member composition and relevancy: 20 pts

• Time-bound rollout plan: 10 pts

• Data collection, quality assurance, data management plan & smart tools/sound equipment usage: 15 pts

• Analysis plan: 10 pts

Cost proposal reviews will consider: The cost proposal will be evaluated on an overall scale of 100 points.

• Cost reasonableness and allowability of the proposal;

• Cost-effectiveness to achieve deliverables;

• Compliance with ACDI/VOCA and USAID policies and prescribed payment schedule; and

• Appropriate structure of cost proposal (as indicated in Section IV.3.), which should include: Summary of Costs,

Breakdown of Staff Remuneration, Travel and DSAs, miscellaneous, and overhead costs if any, as well as detailed

budget notes depicting their budget.

The evaluation committee will review the technical proposal based upon the technical criteria listed above. The cost

proposals will be reviewed to ensure they are complete and free of computational errors. The committee will also assess

the reasonableness of costs and the cost-effectiveness of the budget, and will determine whether the costs reflect a clear

understanding of project requirements. A contract will be offered to the responsible Offeror whose proposal follows the

RFP instructions and is judged to be the most advantageous to ACDI/VOCA.

VI. SOLICITATION PROCESS

Once the RFP is released, the Offerors must prepare a formal proposal to be sent to the contact person at ACDI/VOCA as

indicated in Section IV (b) (1). The submitted proposals will be reviewed against the criteria for evaluation defined in Section V

above and rated on their ability to satisfy the requirements stated in this RFP document. A preferred Offeror will be chosen and

12

formally notified. A formal contract will be negotiated with the selected Offeror and, if endorsed, the Offeror will begin work on

the project.

VII. TERMS AND CONDITIONS

A. LATE SUBMISSIONS

Proposals received after the submission deadline stated in the cover page of this RFP may not be considered. Offerors will be

held responsible for ensuring their quotations are received according to the instructions stated herein. A late offer will be

considered if the cause was attributable to ACDI/VOCA or its employees/agents, or if it is in the best interest of ACDI/VOCA.

B. MODIFICATION OF RFP REQUIREMENTS

ACDI/VOCA retains the right to terminate the RFP or modify the requirements upon notification to Offerors.

C. WITHDRAWALS OF PROPOSALS

Proposals may be withdrawn by written notice via email at any time before award. Proposals may be withdrawn in person by an

Offeror or authorized representative, if the representative’s identity is made known and the representative signs a receipt for the

proposal before award.

D. RIGHT OF NEGOTIATION AND ACCEPTANCE OF PROPOSAL

This RFP represents a definition of requirements and is an invitation for submission of proposals. ACDI/VOCA reserves the right to

fund/award any or none of the submitted proposals. No commitment is made, either expressed or implied, to compensate

Offerors for costs incurred in the preparation and submission of their proposal.

ACDI/VOCA may reject any proposal that is nonresponsive. A responsive proposal is one that complies with all terms and

conditions of the RFP. A proposal must be complete, signed by an authorized signatory, and delivered no later than the

submission time and date indicated on the cover sheet of this RFP. ACDI/VOCA may reserve the right to waive any minor

discrepancies in a proposal.

ACDI/VOCA reserves the right to issue an award based on the initial evaluation of proposals without discussion. ACDI/VOCA also

reserves the right to enter into best and final negotiations with any responsive Offerors for all or part of the proposed scope.

E. VALIDITY OF PROPOSAL

Proposals submitted shall remain open for acceptance for 60 days from the last date specified for receipt of proposals. This

includes, but is not limited to, pricing, terms and conditions, service levels, and all other information. If your organization is

awarded the contract, all information in the RFP and negotiation process is contractually binding.

F. MINIMUM OFFEROR QUALIFICATIONS

Offerors submitting proposals must (1) be officially licensed to do such business in (insert country), (2) be able to receive USAID

funds and (3) not have been identified as a terrorist. In addition, Offeror may be required to provide the following information:

• Documentation to verify licensure (e.g., tax id, registration certificate, etc.)

• Demonstration of adequate management and financial resources to perform the contract

• Satisfactory records of performance history, integrity and business ethics permissions, insurance, and other required

permits: i). Obtaining all the necessary permissions for implementing the quantitative evaluation data collection. ii).

Adhering to country and local formalities and obtaining any required permits related to data collection from human

subjects and logistics of survey implementation, as well as health and accident insurance, salary, and taxes for all

13

enumerators and supervisors. Deliverable: Evidence of insurances and permits for implementing survey and other data

collection activities in electronic form.

G. INTELLECTUAL PROPERTY RIGHTS

All tangible or intangible property created or acquired under this contract shall be the exclusive property of ACDI/VOCA and the

donor. The term “property” includes all data and reports associated with this engagement. Reference is made to Sections 12 and

13 in the business terms and conditions attached in Appendix A.

VIII. ATTACHMENTS

Appendix A: Purchase Order General Terms and Conditions

Appendix B: Sample Budget Format

Appendix C: Technical Proposal Submission Sheet

Appendix D: Maps of Cluster Payment Sites for Phase 1 and Phase 2

Appendix E: Focus Group Interview Questions

Appendix F: Beneficiary Household EVD Impact Criteria

14

APPENDIX A. PURCHASE ORDER GENERAL TERMS AND CONDITIONS

GENERAL BUSINESS TERMS AND CONDITIONS

**These Terms and Conditions apply to all Purchase Orders**

1. Assignment. Vendor shall not assign, subcontract or transfer all or any portion this Purchase Order or any of its obligations without the express, prior written permission

of ACDI/VOCA.

2. Proprietary Information & Confidentiality. Vendor shall consider all data, documentation, drawings, specifications software and other information furnished by

ACDI/VOCA to be confidential and proprietary and shall not disclose any such information to any other person, or use such information itself for any purpose other

than that for which it was intended in completing this order, unless Vendor obtains written permission from ACDI/VOCA to do so. Vendor agrees to execute

ACDI/VOCA’s standard Non-Disclosure Agreement upon request.

3. Terms of Payment. Subject to any superseding terms on the face hereof, Vendor shall mail the invoice to the address listed in Box 6 of the Purchase Order and be

paid upon completion/acceptance of the required supplies/services. (A) TIMING OF PAYMENTS. Vendor shall be paid, in the currency on the face of this Purchase

Order, within thirty (30) days after ACDI/VOCA’s receipt of an acceptable invoice and ACDI/VOCA’s acceptance of the completed products/services in accordance

with (B) “Inspection and Acceptance” below, together with any required documents. ACDI/VOCA is under no obligation to pay Vendor’s invoices received later than

90 days after acceptance. Payment of Vendor invoices by ACDI/VOCA shall not constitute final approval of the invoices. All charges invoiced by Vendor may remain

subject to ACDI/VOCA and/or government/Client audit and subsequent adjustment. Vendor agrees to reimburse ACDI/VOCA for any costs disallowed by Client. (B)

INSPECTION & ACCEPTANCE. (1) Vendor shall work within professional standards covering the work and shall make such inspections as are deemed necessary to

insure Vendor compliance. (2) All deliveries shall be subject to final inspection by ACDI/VOCA. If deliverables or a service performed by Vendor is found to be

defective, Vendor shall be given the opportunity to correct any deficiencies within a reasonable period of time, not more than 10 days. If correction of such work is

impracticable, Vendor shall bear all risk after notice of rejection and shall promptly make all necessary replacements at its own expense, if so requested by ACDI/VOCA.

Vendor shall provide immediate notice to ACDI/VOCA of any potential failure on the part of its suppliers to provide supplies/services required. Vendor is responsible

for any deficiency on the part of its suppliers. Vendor shall be responsible for any costs of reprocurement as may be necessary for ACDI/VOCA to secure the

supplies/services as a result of Vendor’s inability to perform that exceed the agreed upon price herein. (C) LATE DELIVERIES. In addition to any remedies available to

it in the event of late delivery, ACDI/VOCA may deduct 1% of the amount invoiced for such delivery for each day said delivery was late. This will not exceed 10% of

the total value of the Purchase Order.

4. Performance. All services are to be performed to the satisfaction of ACDI/VOCA. If stated in the scope of work, time is of the essence with respect to the performance.

ACDI/VOCA shall not be billed at prices higher than those stated in this Purchase Order. ACDI/VOCA shall have no obligation to pay Vendor more than the fixed

price or ceiling price stated on the face of this Purchase Order.

5. Title and Risk of Loss. Title to and risk of loss of, each product and/or service to be delivered/provided shall, unless otherwise provided herein, pass from Vendor to

ACDI/VOCA upon acceptance of such product/service by ACDI/VOCA.

6. Force Majeure. Any non-performance or delay in performance of any obligation of either party under this Purchase Order may be excused to the extent such failure

or non-performance is caused by an event or condition beyond the reasonable control of the non-performing party, and which, by the exercise of due diligence, could

not be avoided or overcome (“Force Majeure”). However, in no event will any non-performance or delay in performance of any of Vendor’s suppliers or any labor

disruption affecting Vendor specifically, and not Vendor’s industry generally, constitute Force Majeure for Vendor. If Vendor is affected by Force Majeure, it will (i)

promptly provide notice to ACDI/VOCA, explaining the particulars and the expected duration of the Force Majeure and (ii) use its best efforts to remedy the

interruption or delay if it is reasonably capable of being remedied, and to mitigate the adverse effects of such interruption or delay on ACDI/VOCA, including

sourcing substitute providers of services from the market, at Vendor’s expense, in order to meet ACDI/VOCA’s required completion dates.

7. Warranty. Vendor warrants all supplies/services to be free from all material defects and expressly represents that all such required supplies/services are capable of

providing/performing the function service for which they were intended. Vendor agrees to pass on all manufacturers’ warranties to ACDI/VOCA. To the extent that

ACDI/VOCA is held financially responsible for any deficiencies in the services performed by the Vendor, the Vendor agrees to cure such deficiencies at the sole cost

to the Vendor. Vendor agrees to deliver/provide the products/services which are the subject-matter of this Purchase Order to ACDI/VOCA free and clear of all liens,

claims, and encumbrances. Vendor represents and warrants to ACDI/VOCA that: (i) it has no conflict of interest with respect to the Services to be performed for

ACDI/VOCA under this Purchase Order; (ii) it has not entered into any agreement, or executed any document, with any individual or other organization that will prevent

it from: (a) disclosing and assigning intellectual property in work product exclusively to ACDI/VOCA; and (b) performing any other obligation under this Purchase

Order; (iii) it will not enter into any such agreement, or execute any documents, which will create a conflict of interest or which will prevent it from freely performing

any obligation under this Purchase Order; and (iv) it will not knowingly incorporate confidential information of any person or entity not a party to this Purchase Order

into any materials furnished to ACDI/VOCA without prior written notice to ACDI/VOCA. Vendor further represents and warrants to ACDI/VOCA as follows: (i) no

kickback, bribe, gratuity or transfer of anything of value was offered, agreed to, or made, nor shall be made, to or for the benefit of any employee or representative of

ACDI/VOCA in return for or in connection with the award of this Purchase Order; (ii) the Vendor has not engaged in bid-rigging or other collusive agreements or

behavior with any actual or potential competitor for this Purchase Order or any other person, which behavior could have had the effect of lessening competition for the

award of this Purchase Order or of raising the price of the Deliverables or the Services procured; and (iii) all statements of material fact contained in any proposal,

response, certification, or questionnaire submitted by Vendor or any of its representatives in connection with the solicitation, award or negotiation of this Purchase Order

were true and complete when made.

8. Compliance with Law. Vendor’s performance of work and all products to be delivered shall be in accordance with any and all applicable regulations: executive orders,

Federal, State, municipal, local and host country laws and ordinances, and rules, orders, requirements and regulations. Such Federal laws shall include, but not be limited

to, the Fair Labor Standards Act of 1938 as amended, E.O. 11246, “Equal Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to

Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR Chapter 60, “Office of Federal Contract Compliance Programs, Equal Employment

Opportunity, Department of Labor”, the Copeland “Anti-Kickback” Act (18USC874 and 40USC276c and 18USC874 as supplemented by Department of Labor

regulations at 29CFRpart 3, the Davis-Bacon Act, as amended (40USC276a-a7) and as supplemented by Department of Labor at 29CFRpart 5, the Contract Work Hours

and Safety Standards Act (40USC327-333), and the Byrd Anti-Lobbying Amendment (31USC1352). Unless otherwise agreed, governing law shall be that of the District

of Columbia.

9. Suspension and Termination. ACDI/VOCA shall retain the right to direct Vendor to stop work (“Suspension”) at any time. Such direction must be in writing and

shall be effective for a period of no more than 30 days after which time Vendor may continue work absent direction to do so or a notice of termination at their own risk.

Under no circumstances shall Vendor receive more than the original value of this Purchase Order. “Termination”: ACDI/VOCA reserves the right to terminate this

15

Purchase Order when: 1. deemed in the best interests of its client; or 2. if the Vendor defaults in performing this Purchase Order and fails to cure the default within 10

days after receiving a notice specifying the default. ACDI/VOCA shall be liable only for payment under the payment provisions of this Purchase Order for

services/deliverables completed and accepted before the effective date of termination. Payments for partial deliverables shall not be made unless explicitly authorized

by ACDI/VOCA in the Termination Letter. This paragraph shall not limit any legal rights to cancel this Purchase Order without further liability for articles not accepted

by ACDI/VOCA. This Purchase Order may be terminated at any time in the event Vendor commits an act of bankruptcy, files or has filed against the petition of

bankruptcy or insolvency or suffers any receivership or other similar petition to be filed for or against it, or is subject to any Suspension/Debarment or other action by

the USG. Vendor may be liable to reimburse ACDI/VOCA should ACDI/VOCA incur any additional costs as a direct result of such default termination.

10. Insurance & Work on ACDI/VOCA’s or ACDI/VOCA Client Premises. Vendor agrees to maintain the adequate insurance coverage against claims arising from

injuries sustained by Vendor on ACDI/VOCA’s facilities and agrees to be liable for all damages & claims arising against ACDI/VOCA for which the Vendor is

responsible. Vendor will maintain a comprehensive general liability insurance policy in the amount of at least $500,000 per occurrence or the standard, local business

practice. Purchase Orders which require performance outside the United States shall contain a provision requiring Worker's Compensation Insurance. The Vendor should

refer questions on this subject to the ACDI/VOCA representative named above in Block 6.

11. Independent Relationship. Vendor agrees that its relationship with ACDI/VOCA is that of an independent contractor and nothing in this Purchase Order shall be

construed as creating any other relationship. As such, Vendor shall comply with all applicable laws and assume all risks incident to its status as an independent contractor.

This includes, but is not limited to: compliance with all applicable laws, responsibility for all applicable taxes including VAT, income taxes, social security payments

and other such taxes that might occur, licenses, fees, insurance, etc. Neither the vendor nor anyone employed by it shall be, represent, act or be deemed to be an agent,

representative or employee of ACDI/VOCA.

12. Rights in Intellectual Property. Vendor acknowledges that all Deliverables and work product produced by Vendor, whether alone or jointly with others, in

connection with or pursuant to the Vendor’s performance under this Purchase Order shall be the sole and exclusive property of ACDI/VOCA. This includes all

writings, books, articles, computer programs, databases, source and object codes, and other material of any nature whatsoever, including trademarks, trade names, and

logos, that is subject to copyright protection and reduced to tangible form in whole or in part by Vendor in the course of Vendor’s service to ACDI/VOCA shall be

considered a work made for hire, or otherwise ACDI/VOCA property. Vendor hereby assigns and agrees to assign to ACDI/VOCA all of its respective rights, title and

interest in such Deliverables and work product, including without limitation all patents and patent rights and all applications for registration of the same, and, upon

being reduced to a tangible form, all copyrights therein. To the greatest extent permissible under U.S. copyright laws, each copyrightable element of the property and

work product first produced shall be a “work made for hire” in favor of ACDI/VOCA. For items and material of Vendor existing prior to or produced outside this

Purchase Order, and incorporated into Deliverables or work product delivered or produced pursuant to this Purchase Order, Vendor hereby grants and agrees to grant

to ACDI/VOCA an irrevocable, non-exclusive, fully transferable and sublicensable, royalty-free license to make, use, sell, copy, publish, perform, display, and

prepare derivative works from such items and material in connection with ACDI/VOCA’s beneficial use, enjoyment and disposition of such property and work

product. Vendor agrees to execute such documents of assignment or take such other action as ACDI/VOCA may reasonably request to evidence, perfect or effect the

transfer, recordation or protection of rights assigned or licensed.

13. Rights in Data. The Vendor understands and agrees that ACDI/VOCA may itself and permit others, including government agencies of the United States and other

foreign governments, to reproduce any provided publications and materials through but not limited to the publication, broadcast, translation, creation of other versions,

quotations there from, and otherwise utilize the work and material of this Purchase Order.

14. Indemnification. The Vendor shall indemnify, and hold harmless each of ACDI/VOCA and its directors, officers, employees and agents from and against all claims,

liabilities, losses, suits, costs, damages, and expenses, including reasonable attorneys’ fees and litigation expenses, that ACDI/VOCA may sustain by reason of Vendor’s

negligent or unlawful actions in connection with its performance under this Purchase Order, or a breach of any of Vendor’s warranties contained herein.

15. Claims and Disputes. In the event of any dispute, a claim by the Vendor must be made in writing and submitted to the ACDI/VOCA Vice President of Quality and

Compliance for a written decision. A claim by the Vendor is subject to a written decision by the Vice President of Contracts and Grants, who shall render a decision

within 60 days of receipt of the Vendor's claim. If an equitable resolution cannot be resolved, both Parties agree to settlement by arbitration in accordance with the

regulations of the American Arbitration Association in the District of Columbia, USA. The non-prevailing Party (as determined by the arbitrator) in the arbitration shall

pay all of the associated costs, expenses and attorney’s fees in connection with the arbitration and the cost of the arbitrator and any accountants or advisors which the

Parties agree to employ for the benefit of the arbitrator. The Subcontractor will proceed with performance of this Purchase Order pending final resolution of any claim.

16. Changes. ACDI/VOCA may - with the consent of the Subcontractor – make changes, revisions, additions, or deletions (collectively hereinafter called "changes")

in the Subcontract scope of services. ACDI/VOCA may make unilateral changes, with prior written notice to the Subcontractor, to this Purchase Order by written

order issued by ACDI/VOCA where required in writing by the Client. If any change causes an increase or decrease in the Subcontractor’s cost of, or the time

required for, the performance of any part of the Work, whether or not changed by any such change authorization, ACDI/VOCA shall make an equitable adjustment

and modify in writing the Subcontract as applicable. Any claim by Subcontractor for an adjustment under this paragraph must be asserted in writing, fully supported

by factual information, to ACDI/VOCA’s Prime Contracting Officer or designee within thirty (30) calendar days from the date of receipt by Subcontractor of the

written change authorization from ACDI/VOCA or within such extension of that 30-day period as ACDI/VOCA, in its sole discretion, may grant in writing at

Subcontractor's request prior to expiration of said period. The Subcontractor will not proceed with any changes unless notified to proceed in writing by the Prime

Contracting Officer.

17. Certifications. Vendor certifies by acceptance of this agreement that (i) neither it nor its principals is presently debarred, suspended, proposed for debarment,

declared ineligible, or voluntarily excluded from participation in this transaction by any U.S. Federal Government department of agency; (ii) neither it nor its

principals have been convicted of a narcotics offense or have been engaged in drug trafficking as defined in 22 CFR Part 140; (iii) neither it nor its principals are

designated affiliates as “specially designated nationals” by the Office of Foreign Asset Control of the U.S. Department of Treasury or UN Security Council Committee

1267 sanctions list; (iv) neither it nor its principals have been indicted or convicted on charges of terrorism or of providing support to terrorists; (v) Vendor agrees and

certifies to take all necessary actions to comply with Executive Order No. 13244 on Terrorist Financing; blocking and prohibiting transactions with persons who

commit, threaten to commit, or support terrorism. Note: Vendor is required to obtain the updated lists at the time of procurement of goods or services. The updated

lists are available at: www.sam.gov; http://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx; and

http://www.un.org/sc/committees/1267/aq_sanctions_list.shtml; (vi) neither it nor its principals have been indicted or convicted for violating the Trafficking in

Persons Policy; (vii) Vendor may not charge under this Purchase Order any item which has a source/origin from any restricted countries or prohibited sources, as

designated by the U.S. State Department. Further, ACDI/VOCA shall not issue purchase orders to entities with a source or nationality of: Cuba, Iran, Libya, North

Korea and Syria; and (viii) Vendor warrants that no offer, payment, consideration, or benefit of any kind, which constitutes an illegal or corrupt practice, has been

made or shall be made, either directly or indirectly, as an inducement or reward for the award of this Purchase Order. Any such practice will be grounds for

terminating or rescinding the award of this Purchase Order, in addition to any other remedies that may be available to ACDI/VOCA in such event. Violation of any of

these certifications is considered a material defect and will lead to the termination of this Purchase Order.

16

18. Severability. If any provision of this Purchase Order is held to be invalid or unenforceable for any reason, the remaining provisions may continue in full force at

the discretion of ACDI/VOCA without being impaired or invalidated in any way. The invalid provision will be replaced with a valid provision which most closely

approximates the intent and economic effect of the invalid provision.

19. Order of Precedence. The rights and obligations of both Parties shall be subject to and governed by the following documents in order listed: (a) the cover page of

this Purchase Order; (b) the Business Terms and Conditions of this Purchase Order; (c) any Attachments to this Purchase Order; (d) the Client award noted at Block 9;

(e) the Federal Terms and Conditions of this Purchase Order. Any conflict occurring among these documents will be resolved in the stated order of precedence.

20. Compliance with Foreign Corrupt Practices Act. By accepting and implementing the terms of this agreement with ACDI/VOCA the awardee and/or contractor

certifies that neither it, nor any of its affiliates, partners, owners, officers, directors, employees, and agents have paid, offered, promised to pay or authorized payment

of, and will not pay, offer, promise to pay, or authorize payment of, directly or indirectly, any monies or anything of value to any government official, government

employee, political party, or candidate for political office for the purpose of influencing any act or decision of such person or of the government for the benefit of

ACDI/VOCA or the programs it implements. Further, the awardee and/or contractor agrees to report any suspected improper payment or activity to the ACDI/VOCA

Chief of Party or through the ACDI/VOCA Ethics Hotline https://secure.ethicspoint.com/domain/media/en/gui/26304/index.html

THE FOLLOWING CLAUSE APPLIES ONLY TO PURCHASE ORDERS IN WHICH WORK WILL BE PERFORMED IN WHOLE OR PART IN THE

U.S.

21. Anti-discrimination. Veterans Rule: "This contractor and subcontractor shall abide by the requirements of 41 CFR 60-300.5(a). This regulation prohibits

discrimination against qualified protected veterans, and requires affirmative action by covered prime contractors and subcontractors to employ and advance in

employment qualified protected veterans."

Disability Rule: "This contractor and subcontractor shall abide by the requirements of 41 CFR 60-741.5(a). This regulation prohibits discrimination against qualified

individuals on the basis of disability, and requires affirmative action by covered prime contractors and subcontractors to employ and advance in employment qualified

individuals with disabilities."

THIS CLAUSE APPLIES TO PURCHASE ORDERS THAT EXCEED $150,000

22. Access to Records. If this Purchase Order is a negotiated Purchase Order, ACDI/VOCA, US government donor agency, the Comptroller General of the United States,

or any of their duly authorized representatives, shall have access to any records of the contractor which are directly pertinent to this Purchase Order for the purpose of

an audit or examination.

17

*The following tables of Terms & Conditions Apply to Purchase Orders under U.S. Government Prime Contracts Only*

FEDERAL TERMS AND CONDITIONS

This agreement is issued under a U.S. Government Prime Contract. Applicable clauses set forth below are incorporated by reference into this agreement with the

same force and effect as if they were set forth in full. A full copy of each clause may be obtained from the ACDI/VOCA Compliance Department. The term FAR

means Federal Acquisition Regulation, effective as of January 1, 2014. The terms, "Contractor," "Government" and "Contracting Officer" as used in these clauses

shall refer to the Vendor, ACDI/VOCA, and the ACDI/VOCA Compliance Administrator, respectively. This agreement is between Vendor and ACDI/VOCA

only and shall not be construed in any way to create a contractual relationship between Vendor and the U.S. Government. The Vendor shall not appeal directly to

the U.S. Government without the written consent/concurrence of the ACDI/VOCA Contract Administrator.

THESE CLAUSES AND STANDARD BUSINESS TERMS AND CONDITIONS APPLY TO ALL CONTRACTS

CLAUSE TITLE

Definitions

Restriction on Subcontractor Sales to the Government

Anti-Kickback Procedures 52.203-7

Taxpayer Identification

Data Universal Numbering System (DUNS)

Annual Representations & Certifications

Protecting Government’s Interest When Subcontracting

with Contracts Debarred, Suspended or Proposed for

Debarment

Material Requirements

Liquidated Damages (1% of Contract Value/Day)

Terms and Conditions – Simplified Acquisition

(Other Than Commercial Items)

Order of Precedence

Convict Labor (U.S. POs only)

Child Labor- Cooperation With Authorities and Remedies

Walsh-Healy Act

Prohibition of Segregated Facilities

Affirmative Action Compliance Equal Opportunity

Equal Opportunity for Special Disabled Veterans and

Veterans of the Vietnam Era and Other Eligible Veterans

(for POs over $100,000 only)

Affirmative Action for Workers With Disabilities

Employment Reports on Disabled Veterans and Veterans

of the Vietnam Era

FAR CITE

52.202-1

52.203-6

52.203-

52.204-3

52-204-6

52.204-8

52.209-6

52.211-5

52.211-11

52.213-4

52.215-8

52.222-3

52.222-19

52.222-20

52.222-21

52.222-25

52.222-26

52.222-35

52.222-36

52.222-37

CLAUSE TITLE

Combatting Trafficking in Persons

Privacy Act Notification

Restrictions on Certain Foreign Purchases

Patent Rights – Acquisition by the Government

Rights in Data – Special Works

Payments Under Time & Materials/Labor Hour Contracts

Disputes, Alternate I

Restrictions on Severance Payments to Foreign Nationals

Stop Work Order, Alternate I

Government Delay of Work

Changes-Fixed Price

Subcontracts

Inspection of Supplies – Fixed Price

Contractor Liability for Personal Injury and/or Property

Damage (applies only to POs for transportation services)

Contract Not Affected By Oral Agreement

Preference for U.S.-Flag Air Carriers

Preference for Privately Owned U.S.-Flag Commercial

Vessels

Termination For Convenience of the Government (Fixed

Price)

Termination (Cost Reimbursement) (for any cost reimbursable

elements

FAR CITE

52.222.50

52.224-1

52.225-13

52.227-13

52.227-17

52.232-7

52.233-1

52.237-8

52.242-15

52.242-17

52.243-1

52.244-2

52.246-2

52.247-21

52.247-27

52.247-63

52.247-64

52.249-2

52.249-6

THESE CLAUSES APPLY TO CONTRACTS FOR SERVICES

CLAUSE TITLE

Service Contract Act

Changes – Fixed Price Services, Alternate II

Changes – Time & Materials/Labor Hours

FAR CITE

52.222-41

52.243-1

52.243-3

CLAUSE TITLE

Inspection of Services – Fixed Price

Inspection – Time & Materials/Labor Hours

HBCU and Minority Institution Representations

FAR CITE

52.246-4

52.246-6

52.226-2

THESE FAR CLAUSES APPLY TO CONTRACTS $150,000 AND ABOVE

CLAUSE TITLE FAR CITE CLAUSE TITLE FAR CITE

18

Certificate of Independent Price Determination

Gratuities

Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper Activities

Price or Fee Adjustment for Illegal or Improper Activity

Certification and Disclosure Regarding Payment to

Influence Certain Federal Transactions

Limitation on Payments to Influence Certain Federal

Transactions

Printed or Copied Double-Sided on Recycled Paper

Certification Regarding Debarment, Suspension, Proposed

Debarment, and Other Responsibility Matters

Responsibility Matters

Updates of Information Regarding Responsibility Matters

Audit and Records – Negotiation

Integrity of Unit Prices

Price Re-determination – Retroactive

52.203-2

52.203-3

52.203-8

52.203-10

52.203-11

52.203-12

52.204-4

52.209-5

52.209-7

52.209-9

52.215-2

52.215-14

52.216-6

Payment for Overtime Premiums

Drug-Free Workplace

Authorization and Consent

Notice and Assistance Regarding Patent & Copyright

Infringement

Federal, State, and Local Taxes

Federal, State, and Local Taxes

Interest

Stop-Work Order

Competition in Subcontracting

Contractor Inspection Requirements

Limitation of Liability

Limitation of Liability – Services

Termination of Convenience for the Government (Fixed Price-

SF)

Default (Fixed-Price Supply and Service)

52.222-2

52.223-6

52.227-1

52.227-2

52.229-3

52.229-6

52.232-17

52.242-15

52.244-5

52.246-1

52.246-23

52.246-25

52.249-1

52.249-8

THESE CLAUSES APPLY TO USAID CONTRACTS

CLAUSE TITLE

Organizational Conflicts of Interest After Award

Language and Measurement

Source, Origin and Nationality (See AAPD 12-03)

Local Procurement

Insurance – Liability to Third Persons

Salary Supplements for Host Government Employees

Government Property – USAID Reporting Requirements

Title To and Care of Property

AIDAR CITE

752.209-71

752.211-70

752.225-70

752.225-71

752.228-07

752.231-71

752.245-70

752.245-71

CLAUSE TITLE

Marking

Family Planning and Population Assistance Activities

Health and Accident Insurance for AID Participant

Trainees

Conflicts Between Contract and Catalog

Required Visa Form for AID Participants

Approvals

Personnel

Acknowledgement and Disclaimer

Public Notices

AIDAR CITE

752.7009

752.7016

752.7018

752.7022

752.7023

752.7025

752,7027

752.7034

752.7035

19

APPENDIX B. SAMPLE BUDGET FORMAT

SAMPLE BUDGET FORMAT (INCLUDE BASE AND OPTION PERIODS, IF APPLICABLE)

Click Here to View ACDIVOCA EFSP Performance Evaluation RFP Annex C

20

APPENDIX C. TECHNICAL PROPOSAL SUBMISSION SHEET

(Complete this form with all the requested details and submit it as the first page of your technical proposal, with the documents requested above attached. Ensure that your proposal is authorized in the signature block below. A signature and authorization on this form will confirm that the terms and conditions of this RFP prevail over any attachments. If your proposal is not authorized, it may be rejected.)

Date of Technical Proposal:

RFP Number:

RFP Title:

We offer to provide the goods/services described in the Scope of Work, in accordance with the terms and conditions stated in Request for Proposal referenced above. We confirm that we are eligible to participate in public procurement and meet the eligibility criteria specified.

The validity period of our proposal is XX days/weeks/months from the time and date of the submission deadline.

TYPE OF BUSINESS/INSTITUTION (CHECK ALL THAT APPLY)

Offeror certifies that it is: ☐ Non U.S. Owned/Operated ☐ Government Owned/Operated

(If Non U.S. Owned/Operated is selected, continue to Anti-Terrorism Certification)

OR FOR US ORGANIZATIONS ONLY:

☐ Nonprofit ☐ For-Profit ☐ Government Owned/Operated

☐ Large Business ☐ Small Business ☐ College or University

☐ Women Owned ☐ Small and Disadvantaged Business

ANTI-TERRORISM CERTIFICATION

The Offeror, to the best of its current knowledge, did not provide, within the previous 10 years, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. The Offeror also verifies that it does not appear on 1) the website of the Excluded Party List: www.epls.gov or 2) the website of the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”): http://www.un.org/Docs/sc/committees/1267/consolist.shtml. The undersigned declares s/he is authorized to sign on behalf of the company listed below and to bind the company to all conditions and provisions stated in the original RFP document including attachments from ACDI/VOCA.

Proposal Authorized By:

Signature: _______________________ Name: ___________________________

Position: ________________________ Date: ___________________________

Authorized for and on behalf of: (DD/MM/YY)

Company: _______________________________________________________________

Address: _______________________________________________________________

DUNS No.: ________________ Business Registration No. _________________

21

APPENDIX D: MAPS OF CLUSTER PAYMENT SITE S FOR PHASE 1 AND PHASE 2

SNAP+ PHASE 1 COMMUNITY CLUSTER PAYMENT SITES

EFSP PHASE 2 COMMUNITY CLUSTER PAYMENT SITES

22

APPENDIX E: FOCUS GROUP INTERVIEW QUESTIONS

Focus group interview questions for evaluation question 1: To what extent did households that participated in the EFSP achieve

food security and improved resilience.

Ask the set of questions below, or a similar set of questions, when conducting Focus Group Interviews with each these various

groups of program beneficiaries:

• Cash transfer beneficiaries

• VSLA members

• People who have started or supported the IGAs with Cash Transfer money,

• People that participated in ACDI/VOCA nutrition training

• People that participated in ACDI/VOCA household financial planning training

• People that received seed vouchers, post-harvest agricultural training, or other agriculture inputs

Q1: During the Ebola emergency, many households lost their main sources of food or income, what are some ways that your

participation in SNAP+/EFSP helped your household recover from the losses you experienced during the Ebola crisis?

Q2: What advantage you think you have that people who do not participate in SNAP+/EFSP do not have?

Q3: What are some benefits (gains) you have because of your participation in SNAP+/EFSP that you would not have if you were not

participating in SNAP+/EFSP?

Q4: If there was another emergency like the Ebola emergency, do you think your participation in SNAP+/EFSP would help you to

suffer less during the emergency? If yes, what are some of the negative impacts that you fell would not be as great because of your

participation in SNAP+/EFSP?

Q5: What are some of the benefits people who are not participating in SNAP+/EFSP would gain if they began participating in

SNAP+/EFSP?

Q6: How does your participation in SNAP+/EFSP help you to be prepared for the future?

Q7: What do you differently now after becoming a participant in SNAP+/EFSP that helps to make your household more food secure

or better prepared for unexpected problems or emergencies?

23

APPENDIX F: BENEFICIARY HOUSEHOLD EVD IMPACT CRITERIA

Community Identification Committee Criteria for their Initial Nomination of Households as Potential EFSP Beneficiaries

1) Household size increased during the Ebola emergency

• Household is caring for children who were orphaned during the Ebola emergency

• Household is caring for children who were abandoned during the Ebola emergency

• Household is caring for adults(s) who were widowed during the Ebola emergency

• Household is caring for adult(s) who were abandoned during the Ebola emergency

2) Spouse or other worked aged adult(s) died or left during the Ebola emergency

• Husband or wife of the household died during the Ebola emergency

• Some other working aged household member died during the Ebola emergency

• Working aged person(s) left during the Ebola emergency and has not returned

3) Children did not resume schooling after Ebola emergency was lifted

• Children were attending school before Ebola but did not return to school after school resumed

4) Household suffered loss of income generating activity or sold income earning assets during the Ebola emergency

• Household stopped an important income generation activity during the Ebola emergency and has not resumed the activity

• Household farm size decreased during the Ebola emergency

• Household that stopped farming during the Ebola emergency

• Household member lost their employment during the Ebola emergency

• Household sold income earning assets (motorcycle, sound system, etc.) during the Ebola emergency and has not replaced

them

• Household sold majority of their cattle or goats or their last female animal during the Ebola emergency and has not

replaced them